PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA

Size: px
Start display at page:

Download "PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA"

Transcription

1 PUBLIC NOTICE of Special Board Meeting MEETING NOTICE and AGENDA Wednesday, October 5 th, 2016 at 2:00pm Ketchum City Hall Council Chambers, 480 East Ave N, Ketchum, ID Board Members: Chair David Patrie (Blaine Co.), Vice-chair Jane Conard (Sun Valley), Secretary Joe Miczulski (Bellevue), Tory Canfield (at-large), Anne Corrock (Ketchum), Joyce Fabre (Sun Valley), Becki Keefer (Hailey), Kristin Derrig (Ketchum) 1. 2:00pm: Call meeting to order. 2. Action item: Approve award of RFP for bus and van tires 3. Action item: Approve purchase of 29 used bus 4. Adjournment. NOTE: Public information on agenda items is available from the Mountain Rides office st Ave. North, or Any person needing special accommodation to attend the above noticed meeting should contact Mountain Rides three days prior to the meeting at

2 Mountain Rides Agenda Action Item Summary Date: Action Item: 10/05/2016 From: Ben Varner Approval of Tire Bids for FY17 Committee Review: yes no Committee Purview: Finance & Performance Previously discussed at board level: yes no Recommended Motion: I move to approve Les Schwab as Bus Tire Vendor for FY17 and Sun Valley Auto Club as Van Tire Vendor for FY17. Fiscal Impact: Related Policy or Procedural Impact: Background: Operations Budget, items approved in FY17 Budget Policy 101 Procurement Each year, MRTA puts out RFPs for tire vendors. Les Schwab was the only respondent for the Bus Tire RFP. Sun Valley Auto Club turned in the highest scoring RFP for van tires.

3 Mountain Rides Transportation Authority Request for Proposal RFP Bus Tires Purchase of Bus Tires for FY 2017 August 2016

4 1) Introduction and Background: Mountain Rides Transportation Authority (MR) is seeking pricing for bus tires for FY 2017 (Oct. 1, 2017 Sept. 30, 2017). MR is the regional provider of public transportation options in Blaine County, Idaho. MR is a public partnership made up of the local cities and county with purpose and goals as: Statement of Purpose: Mountain Rides provides and supports a full range of transportation alternatives* for Blaine County and adjacent communities that are safe, user oriented, environmentally friendly, economically sustainable and supportive of a strong local economy. Goals: 1. Provide and advocate for well-funded transportation system that reduces the number of single occupancy vehicle trips and meet the needs of our communities. 2. Promote knowledge and increase awareness of the social, financial, environmental and community benefits of transportation alternatives*. 3. Promote regional cooperation on transportation issues. *Alternatives include, but are not limited to, walking, biking, rideshare, vanpool, carshare, bikeshare, fixed route bus, paratransit demand response, custom bus, commuter bus, transportation planning and transportation counseling. 2) GENERAL INFORMATION a. Procurement Schedule: RFP Release Date 8/26/2016 Deadline for RFP Questions 9/2/2016 RFP Closing Date 9/9/2016 Initial evaluations of Proposals 9/12/2016 Award Date 9/21/2016 b. Issuing Office & Submission of Questions: This solicitation is issued by Mountain Rides (MR). MR is the only contact for this solicitation. Written questions must be submitted via to: Ben Varner, Maintenance and Facilities Manager ben@mountainrides.org Phone: , ext. 105 The deadline for receipt of questions is September 2, To be considered, questions must be received by 5:00 p.m. Mountain Standard Time, on that date. c. Additional Terms and Conditions: Mountain Rides Bus Tire RFP, August 17,

5 Where conflict occurs, these Additional Terms and Conditions shall take precedence. 1. Proposals, including cost proposal, shall remain valid for at least thirty (30) calendar days beginning the first working day after the proposal Closing Date. 2. MR reserves the right to reject any and all Proposals, and part or parts of a Proposal, waive any technicalities, and award any or all of the contract in a manner that is in the best interest of MR. Contracts will be awarded to the lowest proposer when it is in the best interest of MR. 3. Proposals may be withdrawn by submitting a written request to MR before the time fixed for Proposal opening. Withdrawal of an offer will not preclude the proposer from submitting a new proposal, provided that the withdrawal is timely and before the closing date. 4. The Proposer, by signing the Proposal forms, certifies that the Proposal is offered by a business that is fully licensed to do the work relating to the scope of work herein. 5. MR reserves the right to terminate any resulting Purchasing Agreement, in part or in whole, without penalty to MR, upon twenty (20) days written notice to the successful Contractor. 6. Services provided by Contractor through a resulting agreement will be on an as-needed basis with no guaranteed usage and/or spend per year. 7. Protests: For pre-award protests, submittal must be made no less than five (5) days before the scheduled receipt of proposals. For post-award protests, submittal must be made not less than five (5) days after notification of the award. Protests must be made to the Executive Director and must reference this RFP and state the specific reason(s) for the protest, along with a suggested remedy. 8. Termination: MR reserves the right to terminate this Purchase Agreement in whole or in part after giving thirty (30) days written notice to the contractor upon non-performance, violation of terms, or for convenience of MR. 9. Taxes: MR is a tax exempt entity. These taxes are not to be included in the Proposal price. Tax exemption information, upon request, will be provided to the successful proposer upon award of the contract. MR does not pay the Truck Federal Excise Tax on tires. 10. Addenda: Any changes in these instructions or other requirements will be accomplished by a written addendum sent to all prospective proposers. All such addenda shall become a part of the contract. Failure to acknowledge receipt of all addenda may cause the Proposal to be considered nonresponsive, and therefore rejected. 11. Audit and Inspection: The proposer agrees to allow MR, the Federal Transit Administration, or any of their duly authorized representatives, for the purpose of audit and examination: a) Inspect all work, materials, payrolls, and other data/records associated with the project; and b) Audit the books, records, and accounts associated with the project. c) In addition, the contractor must also agree to maintain all required records for a minimum of three (3) years after MR makes final payments and all other pending matters are closed. Mountain Rides Bus Tire RFP, August 17,

6 3) SCOPE OF WORK MR needs to purchase bus tires of varying sizes. Wheels will be provided by MR to Contractor. Tires will need to be mounted, balanced, siped (on occasion) and delivered to our Ketchum Facility on a regular basis, at least once per week. On occasion, tires might need to be delivered to our Bellevue Facility. Contractor agrees to be available for emergency, on the road tire service calls 24/7/365. Service calls may occur in town in various Central and South Idaho areas and on various highways in the region. 4) PROPOSAL FORMAT AND DETAIL a. Required Items A complete proposal must include the following: 1. A transmittal letter: There must be a transmittal letter on company letterhead, signed by the principal of the Contractor or manager of local store. The individual signing the signature page must indicate his or her position/title. A contact person for further information must also be identified. 2. Diversity: describe the ownership of your firm and whether or not your firm is certified by the state of Idaho as an MBE or WBE. Fill out Attachment B for DBE certification. 3. Cost Proposal: please fill out cost sheet (Attachment C) that details hourly rates of key personnel and example rates for specific projects listed on the cost sheet. Also, please indicate alternative features or approaches that may save MR money. 4. Sign acknowledgement of federal requirements (signature page is the last page of Attachment A). 5) INSTRUCTIONS FOR PROPOSAL SUBMITTAL a. Proposal Response Provide one (1) original of your proposal response. b. Address Proposals can be made either by , mail, or in person: Send your response by to: ben@mountainrides.org Send your response by mail to: Mountain Rides Transportation PO Box 3091 Ketchum, ID Deliver your response in person to: st Ave N Ketchum, Idaho Mountain Rides Bus Tire RFP, August 17,

7 6) PROPOSAL EVALUATION AND AWARD a. Proposals will initially be evaluated to determine whether they comply with the proposal submission requirements, including: timely receipt and inclusion of required elements. b. MR will evaluate complying proposals by an evaluation team established by MR according to the following evaluation criteria and associated points. Evaluation Criteria Point value Cost Proposal 90 points Disadvantaged Business Enterprise 10 points certification (DBE) TOTAL 100 points Lowest price proposal will be award 90 points, next lowest 85 points, next lowest 80 points. Price per tire will be weighted by projected quantity of tire and prices will be averaged among all tire sizes to come up with cost proposal price. DBE is pass/fail, a DBE certification will earn 10 points. c. Attachment C will represent proposer s pricing agreement for 12 months from Oct. 1, 2016 to Sept. 30, Any increases in pricing not reflected in the Producer Price Index-Commodities Rubber and Plastic Products Group during the award period represent a violation of the agreement. At that point, MR reserves the right to award to the next highest ranked proposer. Mountain Rides Bus Tire RFP, August 17,

8 ATTACHMENT A Federal Requirements (for contracts less than $25,000) and Acknowledgement of Compliance. As Mountain Rides is a public transportation entity and recipient of Federal Transit Administration funding, the following FTA clauses apply to this RFP. Access to Records and Reports. 49 U.S.C CFR 18.36(i) 49 CFR The following access to records requirements apply to this Contract: 1. The Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 3. FTA does not require the inclusion of these requirements in subcontracts. Federal Changes. 49 CFR Part 18 Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in Mountain Rides Bus Tire RFP, August 17,

9 whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Program Fraud and False or Fraudulent Statements or Related Acts. 31 U.S.C et seq. 49 CFR Part U.S.C U.S.C (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Termination. If this contract is less than $10,000 this clause does not apply. 49 U.S.C. Part 18 FTA Circular F a. Termination for Convenience. MR may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. b. Termination for Default. If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, MR may terminate this contract for default. MR shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. Mountain Rides Bus Tire RFP, August 17,

10 c. Opportunity to Cure. MR, in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 10 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. Civil Rights Requirements 29 U.S.C. 623,42 U.S.C U.S.C 6102, 42 U.S.C U.S.C 12132, 49 U.S.C CFR Part 1630, 41 CFR Parts 60 et seq. The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C , the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Mountain Rides Bus Tire RFP, August 17,

11 Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. Disadvantaged Business Enterprises 49 CFR Part 26 a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. MR s overall goal for DBE participation is 2.0%. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as MR deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). The successful proposer/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. A monthly reporting form will be provided for reporting to MR the payments to DBE subcontractors. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor s receipt of payment for that work from the MR. In addition, is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. e. The contractor must promptly notify MR, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of MR. Mountain Rides Bus Tire RFP, August 17,

12 ACKNOWLEDGEMENT OF FEDERAL CLAUSES I, (print name), of (firm), have read and understand the federal clauses contained herein under Attachment A and agree to abide by these requirements if a contract results from the submission of the proposal from my firm. Signed Date Mountain Rides Bus Tire RFP, August 17,

13 Attachment B DBE Certification The firm that submits this proposal form IS IS NOT a Disadvantaged Business Enterprise. Signature: Print or Type: Name & Title of Signing Officer Company: Date: Mailing Address: Phone: Mountain Rides Bus Tire RFP, August 17,

14 Attachment C Cost Proposal Please fill out the following table with current pricing for specific tire sizes. Tire Size / Style Estimated Quantity (over 12 mos.) 265/ Traction Retread / Steer 6 Cost per tire, including mounting, balancing, siping and delivery to MR s Ketchum, Idaho Facility 285/70R-19.5 Steer 8 285/70R-19.5 Retread 8 11R-22.5/16 Traction Retread 14 11R-22.5/16 Steer 4 245/70R-19.5 Traction Retread /70R-19.5 Steer 4 215/85R-16 Traction /85R-16 Steer 4 Signature: Print or Type: Name & Title of Signing Officer Company: Date: Mountain Rides Bus Tire RFP, August 17,

15 Mountain Rides Transportation Authority Request for Proposal RFP Van Tires Purchase of Van Tires for FY 2017 August 2016

16 1) Introduction and Background: Mountain Rides Transportation Authority (MR) is seeking pricing for Van tires for FY 2017 (Oct. 1, 2017 Sept. 30, 2017). MR is the regional provider of public transportation options in Blaine County, Idaho. MR is a public partnership made up of the local cities and county with purpose and goals as: Statement of Purpose: Mountain Rides provides and supports a full range of transportation alternatives* for Blaine County and adjacent communities that are safe, user oriented, environmentally friendly, economically sustainable and supportive of a strong local economy. Goals: 1. Provide and advocate for well-funded transportation system that reduces the number of single occupancy vehicle trips and meet the needs of our communities. 2. Promote knowledge and increase awareness of the social, financial, environmental and community benefits of transportation alternatives*. 3. Promote regional cooperation on transportation issues. *Alternatives include, but are not limited to, walking, biking, rideshare, vanpool, carshare, bikeshare, fixed route bus, paratransit demand response, custom bus, commuter bus, transportation planning and transportation counseling. 2) GENERAL INFORMATION a. Procurement Schedule: RFP Release Date 8/26/2016 Deadline for RFP Questions 9/2/2016 RFP Closing Date 9/9/2016 Initial evaluations of Proposals 9/12/2016 Award Date 9/21/2016 b. Issuing Office & Submission of Questions: This solicitation is issued by Mountain Rides (MR). MR is the only contact for this solicitation. Written questions must be submitted via to: Ben Varner, Maintenance and Facilities Manager ben@mountainrides.org Phone: , ext. 105 The deadline for receipt of questions is September 2, To be considered, questions must be received by 5:00 p.m. Mountain Standard Time, on that date. c. Additional Terms and Conditions: Mountain Rides Van Tire RFP, August 17,

17 Where conflict occurs, these Additional Terms and Conditions shall take precedence. 1. Proposals, including cost proposal, shall remain valid for at least thirty (30) calendar days beginning the first working day after the proposal Closing Date. 2. MR reserves the right to reject any and all Proposals, and part or parts of a Proposal, waive any technicalities, and award any or all of the contract in a manner that is in the best interest of MR. Contracts will be awarded to the lowest proposer when it is in the best interest of MR. 3. Proposals may be withdrawn by submitting a written request to MR before the time fixed for Proposal opening. Withdrawal of an offer will not preclude the proposer from submitting a new proposal, provided that the withdrawal is timely and before the closing date. 4. The Proposer, by signing the Proposal forms, certifies that the Proposal is offered by a business that is fully licensed to do the work relating to the scope of work herein. 5. MR reserves the right to terminate any resulting Purchasing Agreement, in part or in whole, without penalty to MR, upon twenty (20) days written notice to the successful Contractor. 6. Services provided by Contractor through a resulting agreement will be on an as-needed basis with no guaranteed usage and/or spend per year. 7. Protests: For pre-award protests, submittal must be made no less than five (5) days before the scheduled receipt of proposals. For post-award protests, submittal must be made not less than five (5) days after notification of the award. Protests must be made to the Executive Director and must reference this RFP and state the specific reason(s) for the protest, along with a suggested remedy. 8. Termination: MR reserves the right to terminate this Purchase Agreement in whole or in part after giving thirty (30) days written notice to the contractor upon non-performance, violation of terms, or for convenience of MR. 9. Taxes: MR is a tax exempt entity. These taxes are not to be included in the Proposal price. Tax exemption information, upon request, will be provided to the successful proposer upon award of the contract. MR does not pay the Truck Federal Excise Tax on tires. 10. Addenda: Any changes in these instructions or other requirements will be accomplished by a written addendum sent to all prospective proposers. All such addenda shall become a part of the contract. Failure to acknowledge receipt of all addenda may cause the Proposal to be considered nonresponsive, and therefore rejected. 11. Audit and Inspection: The proposer agrees to allow MR, the Federal Transit Administration, or any of their duly authorized representatives, for the purpose of audit and examination: a) Inspect all work, materials, payrolls, and other data/records associated with the project; and b) Audit the books, records, and accounts associated with the project. c) In addition, the contractor must also agree to maintain all required records for a minimum of three (3) years after MR makes final payments and all other pending matters are closed. Mountain Rides Van Tire RFP, August 17,

18 3) SCOPE OF WORK MR needs to purchase Van tires of varying sizes. Proposer will mount and balance, then install wheels and tires on van. This includes winter-summer and summer-winter seasonal tire changeover. MR does not own extra wheels for seasonal tires. Vans will be dropped off during seasonal changeovers by 9am at proposer s shop, and will need to be picked up no later than 2pm on the same day. MR needs one van done per day during seasonal changeovers. MR anticipates owning roughly 15 vans that will need seasonal tire service. 4) PROPOSAL FORMAT AND DETAIL a. Required Items A complete proposal must include the following: 1. A transmittal letter: There must be a transmittal letter on company letterhead, signed by the principal of the Contractor or manager of local store. The individual signing the signature page must indicate his or her position/title. A contact person for further information must also be identified. 2. Diversity: describe the ownership of your firm and whether or not your firm is certified by the state of Idaho as an MBE or WBE. Fill out Attachment B for DBE certification. 3. Cost Proposal: please fill out cost sheet (Attachment C) that details hourly rates of key personnel and example rates for specific projects listed on the cost sheet. Also, please indicate alternative features or approaches that may save MR money. 4. Sign acknowledgement of federal requirements (signature page is the last page of Attachment A). 5) INSTRUCTIONS FOR PROPOSAL SUBMITTAL a. Proposal Response Provide one (1) original of your proposal response. b. Address Proposals can be made either by , mail, or in person: Send your response by to: ben@mountainrides.org Send your response by mail to: Mountain Rides Transportation PO Box 3091 Ketchum, ID Deliver your response in person to: st Ave N Ketchum, Idaho Mountain Rides Van Tire RFP, August 17,

19 6) PROPOSAL EVALUATION AND AWARD a. Proposals will initially be evaluated to determine whether they comply with the proposal submission requirements, including: timely receipt and inclusion of required elements. b. MR will evaluate complying proposals by an evaluation team established by MR according to the following evaluation criteria and associated points. Evaluation Criteria Point value Cost Proposal 90 points Disadvantaged Business Enterprise 10 points certification (DBE) TOTAL 100 points Lowest price proposal will be awarded 90 points, next lowest 85 points, next lowest 80 points. Price per tire will be weighted by projected quantity of tire and prices will be averaged among all tire sizes to come up with proposal price. Total price of seasonal changeovers will be added to tire pricing for final proposal price. DBE is pass/fail, a DBE certification will earn 10 points. c. Attachment C will represent proposer s pricing agreement for 12 months from Oct. 1, 2016 to Sept. 30, Any increases in pricing not reflected in the Producer Price Index-Commodities Rubber and Plastic Products Group during the award period represent a violation of the agreement. At that point, MR reserves the right to award to the next highest ranked proposer. Mountain Rides Van Tire RFP, August 17,

20 ATTACHMENT A Federal Requirements (for contracts less than $25,000) and Acknowledgement of Compliance. As Mountain Rides is a public transportation entity and recipient of Federal Transit Administration funding, the following FTA clauses apply to this RFP. Access to Records and Reports. 49 U.S.C CFR 18.36(i) 49 CFR The following access to records requirements apply to this Contract: 1. The Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 3. FTA does not require the inclusion of these requirements in subcontracts. Federal Changes. 49 CFR Part 18 Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. Mountain Rides Van Tire RFP, August 17,

21 (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Program Fraud and False or Fraudulent Statements or Related Acts. 31 U.S.C et seq. 49 CFR Part U.S.C U.S.C (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Termination. If this contract is less than $10,000 this clause does not apply. 49 U.S.C. Part 18 FTA Circular F a. Termination for Convenience. MR may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. b. Termination for Default. If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, MR may terminate this contract for default. MR shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. Mountain Rides Van Tire RFP, August 17,

22 c. Opportunity to Cure. MR, in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 10 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. Civil Rights Requirements 29 U.S.C. 623,42 U.S.C U.S.C 6102, 42 U.S.C U.S.C 12132, 49 U.S.C CFR Part 1630, 41 CFR Parts 60 et seq. The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order Relating to Equal Employment Opportunity," 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C , the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Mountain Rides Van Tire RFP, August 17,

23 Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. Disadvantaged Business Enterprises 49 CFR Part 26 a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. MR s overall goal for DBE participation is 2.0%. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as MR deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). The successful proposer/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. A monthly reporting form will be provided for reporting to MR the payments to DBE subcontractors. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor s receipt of payment for that work from the MR. In addition, is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. e. The contractor must promptly notify MR, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of MR. Mountain Rides Van Tire RFP, August 17,

24 ACKNOWLEDGEMENT OF FEDERAL CLAUSES I, (print name), of (firm), have read and understand the federal clauses contained herein under Attachment A and agree to abide by these requirements if a contract results from the submission of the proposal from my firm. Signed Date Mountain Rides Van Tire RFP, August 17,

25 Attachment B DBE Certification The firm that submits this proposal form IS IS NOT a Disadvantaged Business Enterprise. Signature: Print or Type: Name & Title of Signing Officer Company: Date: Mailing Address: Phone: Mountain Rides Van Tire RFP, August 17,

26 Attachment C Cost Proposal Please fill out the following table with current pricing for specific tire sizes. Tire Size / Style Tire must be rated for Ford E passenger Van. LT R16 E Summer Highway Tread LT R16 E Winter Tread with option to Stud 235/65 R16 E Summer Highway Tread 235/65 R16 E Winter Tread with option to Stud Estimated Quantity (over 12 mos.) Cost per tire, including mounting, balancing, studding and siping? What is the cost for a seasonal tire changeover for 4 tires, off-wheel? 30 (15 fall, 15 spring) $ Signature: Print or Type: Name & Title of Signing Officer Company: Date: Mountain Rides Van Tire RFP, August 17,

27

28

29

30 Mountain Rides Agenda Action Item Summary Date: Action Item: 10/05/2016 From: Ben Varner 3. Action item: Approve purchase of 29 used bus Committee Review: yes no Committee Purview: Finance & Performance Previously discussed at board level: yes no Recommended Motion: I move to approve (or reject) the purchase of a 2002 Used Low Floor Gillig from Northwest Bus Sales in an amount not to exceed $35,000. Fiscal Impact: Related Policy or Procedural Impact: Background: FY17 Capital Budget MRTA Policy Procurement See purchase recommendation.

31 Purchase Recommendation 2002 Gillig Low Floor Air Conditioned Bus Due to our fleet needs and the opportunity that has come up, I am recommending the purchase of a 2002 Gillig Low Floor Bus from Northwest Bus Sales in Seattle for a price not-to-exceed $34,425 plus delivery and inspection costs. The purchase price will come out of our FY17 Capital Fund. Delivery and Inspection costs would come from the Operations Budget. Because this is a unique opportunity, we are unable to get quotes or bid this purchase out. In talking with several bus dealers, our friends at Pocatello Regional Transit, the original owner of the bus, and searching outlets online, it is my opinion that putting out RFQs would be futile. Buses in this shape do not come available very often. MRTA Policy requires Board approval for this purchase. State of Idaho would require an RFP for a purchase over $50,000. Due to 100% local money being used for this purchase, FTA regulations do not apply. The Bus was originally owned by the City of Sioux Falls (Sioux Area Metro), has 390,000 miles on it, and is in great shape according to their Maintenance Manager. They disposed of the bus because they had a new one coming in that they needed to make room for. It is my recommendation that MRTA purchase this bus. Ben Varner, Maintenance and Facilities Manager Jason Miller, Executive Director David Patrie, Board President Date Date Date

32 Mountain Rides Transportation Authority Capital Equipment Fund: FY2017 Budget adopted 9/21/2016 Income FY2016 Budget revised April 2016 FY2017 Budget adopted 9/21/2016 % change FY2016 REVISED vs FY2017 COMMENTS $31K for van and $80K for LD bus carryover from FY16; $28K awarded, $150K hoping for one-time Federal buses/vans/refurb 463, , % funds Federal bus technology-fareboxes , % total of $80k awarded for elec fareboxes+radios; Federal bus technology-radios , % " Fares - Vanpool , % portion of fares to cover replacement van Use of reserve cash 80, , % budget to zero Local (see breakdown) 65, , % increased to 50% of total capital contrib; 100% of SVCo Interest Earned % Excess Operating Reserves (transfer from Operations) , % based on anticiapted FY16 surplus in Ops Fund Misc Income- Asset Disposal 25, , % disposal of 2 vans, 1 sprinter Total Income 634, , % Expense Support Vehicles 20, % already bought 3 support in FY Vans and light duty buses 139, , new vans, 2 new light duty buses; 1 each carryover 151% from FY Buses-mid and heavy duty 400, , % Buses-refurb/used bus 50, , % refurb or used Technology 5, , fareboxes and possibly counters; fed award of 100k 1300% split 80k for tech and 20k for radio Radio system , % 20k of total technology project on radios Shop Equipment 19, , % Total Expense 634, , % Income over Expenses Starting Fund Balance $ 180,000 $ 80,000 Transfer to Income (use of fund balance) $ (120,875) $ (22,413) Net Income $ - $ - Ending Fund Balance $ 59,125 $ 57,588 actual FY2017 projected opening balance after support vehicles,refurbs & shop equip in FY2016 breakdown of local funding FY2016 FY = 25% of total capital Ketchum = 50% of total capital Hailey Bellevue Blaine County Sun Valley Sun Valley CO total

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

More information

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA Request for Proposals For Transportation Consulting Services Advertisement Date: April 21, 2014 Mandatory Pre-Proposal Meeting:

More information

Request for Proposals #2018-4

Request for Proposals #2018-4 Request for Proposals #2018-4 For Consultant Services in Support of the Development of a Strategic Operating Plan Released October 15th, 2018 The San Miguel Authority for Regional Transportation (dba SMART)

More information

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013 DATE: January 3, 2019 RFQ 18-GRTC-1219 Transfers From: Tyler Linkenhoker, Director of Procurement E-mail Address: tlinkenhoker@valleymetro.com Telephone number: (540) 982-0305 ext. 116 Fax number: (540)

More information

Request for Proposals Transit Shelter Maintenance

Request for Proposals Transit Shelter Maintenance Request for Proposals Transit Shelter Maintenance RFP Release: April 7, 2014 Proposal Deadline: May 16, 2014 Contract Award: May 21, 2014 Agreement takes effect: July 1, 2014 Eric Wolf, General Manger

More information

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES April 10, 2014 INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES The County of Lackawanna Transit System

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT REQUEST FOR PROPOSAL 2016-09 FINANCIAL AND COMPLIANCE AUDIT The Bay Metropolitan Transportation Authority is presently soliciting proposals from qualified professional auditing firms to provide audit services

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications. Invitation to Bid NORTHERN NEW ENGLAND PASSENGER RAIL AUTHORITY DOMESTICALLY PRODUCED TURNOUT FROGS 2017 AMTRAK DOWNEASTER CAPITAL MAINTENANCE PROJECT BID # 17-007 BID OPENING TIME AND LOCATION: Sealed

More information

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES MATERIALS and SUPPLIES Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America Requirements

More information

CHATHAM AREA TRANSIT AUTHORITY. Invitation for Bids FOR PROJECT NO City Hall Floating Dock Replacement

CHATHAM AREA TRANSIT AUTHORITY. Invitation for Bids FOR PROJECT NO City Hall Floating Dock Replacement CHATHAM AREA TRANSIT AUTHORITY Invitation for Bids FOR PROJECT NO. 2016-07 City Hall Floating Dock Replacement June 22, 2016 PUBLIC NOTICE CHATHAM AREA TRANSIT AUTHORITY Invitation for Bids No. 2016-07

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014 Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID

More information

REQUEST FOR PROPOSALS TO PROVIDE TIRES

REQUEST FOR PROPOSALS TO PROVIDE TIRES REQUEST FOR PROPOSALS TO PROVIDE TIRES INTRODUCTION The Metropolitan Tulsa Transit Authority (MTTA) is requesting proposals from qualified firms to provide tires for our bus and van fleet as described

More information

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP. FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 3/10/17 RE: RFP-DOT-16/17-9010-GH POSITIVE TRAIN CONTROL SYSTEM FOR THE (CFRC) Notice is hereby given of the following changes to the above-referenced

More information

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB: FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less

More information

General Terms and Conditions Associated with FTA Contracts:

General Terms and Conditions Associated with FTA Contracts: General Terms and Conditions Associated with FTA Contracts: The following general terms and conditions will govern the basic Agreement and are a part thereof. 1. FINANCIAL ASSISTANCE: The work provided

More information

Request for Proposal NE 2 nd Street, Suite 100 Meridian, Idaho RFP Number RFP

Request for Proposal NE 2 nd Street, Suite 100 Meridian, Idaho RFP Number RFP Request for Proposal 1 RFP Number RFP 2018-02-16 RFP Title Item Description Term Deadline for Submittal Direct Inquiries and Send Submittals to On-Call General Marketing Services Valley Regional Transit

More information

CONSTRUCTION LESS THAN $100,000

CONSTRUCTION LESS THAN $100,000 Michigan Department Of Transportation 3162A (02/14) CONSTRUCTION LESS THAN $100,000 Page 1 of 12 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain

More information

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) PROVISION APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) Professional Services/A&E No Federal Gov t Obligations

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

INDEPENDENT YEAR END AUDITS

INDEPENDENT YEAR END AUDITS Request for Proposals for INDEPENDENT YEAR END AUDITS 711 Grand Avenue, Suite 110 San Rafael, CA 94901 Tel: (415) 226 0855 www. marintransit. org Service Requested: Independent Year End Audits Contract

More information

San Luis Obispo Regional Transit Authority

San Luis Obispo Regional Transit Authority San Luis Obispo Regional Transit Authority REQUEST FOR PROPOSALS Purchase and Installation of Transit Ticket Vending Machines ISSUING OFFICE: San Luis Obispo Regional Transit Authority 179 Cross Street

More information

Federal Transit Administration Contract Clauses

Federal Transit Administration Contract Clauses Federal Transit Administration Contract Clauses List of Clauses Title Applicability A.1: Access to records and reports all contracts above micro-purchase A.2 Bonding Requirements: All contracts above $250,000

More information

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY INVITATION FOR BIDS () for LIFT TRUCK/FORKLIFT by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY Key IFB Dates Issued: May 10, 2016 Written Questions: May 19, 2016 Response to Questions May 27, 2016 Submit

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements ALL CLAUSES & CERTIFICATIONS HEREINAFTER ARE PROVIDED FOR PROCUREMENTS (AS APPLICABLE) INVOLVING FTA ASSISTANCE,

More information

REQUESTS FOR PROPOSALS FOR OPERATION OF A REGIONAL VANPOOL PROGRAM INVITATION FOR PROPOSALS

REQUESTS FOR PROPOSALS FOR OPERATION OF A REGIONAL VANPOOL PROGRAM INVITATION FOR PROPOSALS REQUESTS FOR PROPOSALS FOR OPERATION OF A REGIONAL VANPOOL PROGRAM INVITATION FOR PROPOSALS Date of Issuance of Request for Proposals: March 21, 2016 1. INVITATION: The invites proposals for the operation

More information

IFB Fleet Oil & Lubricants

IFB Fleet Oil & Lubricants Invitation For Bid # 18-01-282 Fleet Oil & Lubricants February 5, 2018 INDIANAPOLIS PUBLIC TRANSPORTATION CORPORATION 1501 WEST WASHINGTON STREET INDIANAPOLIS IN 46222 Phone: (317) 614-9281 General Guidelines:

More information

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS 093-17 APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS The following terms apply when the Jacksonville Transit Authority (JTA) determines that the Contract involves or may involve the expenditure

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717

REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717 REQUEST FOR PROPOSAL (RFP) Marketing & Public Relations Services for Concord Kannapolis Area Transit RFP #070717 RFP Circulation Date: July 7 th, 2017 Proposal Submission Deadline: July 24 th, 2017 5:00pm

More information

Request for Proposals Transit Signal Priority Concept of Operations

Request for Proposals Transit Signal Priority Concept of Operations Request for Proposals Transit Signal Priority Concept of Operations January 2019 Rogue Valley Transportation District 3200 Crater Lake Ave Medford, OR 97504 1 TABLE OF CONTENTS Section Topic Page No. PART

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, Missouri 64108

KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, Missouri 64108 KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, Missouri 64108 INVITATION FOR BID BID #12-1011-23 MISCELLANEOUS OIL, FUEL, AIR, TRANSMISSION, AND WATER

More information

Request for Proposals

Request for Proposals Page 1 Request for Proposals Procurement Officer Tahoe Transportation District Mailing Address: PO Box 499 Zephyr Cove, NV 89448 Phone: (775) 589-5500 Physical Address: 128 Market Street, Suite 3F Stateline,

More information

Request for Proposal: Metro Bus Transit Advertising Program

Request for Proposal: Metro Bus Transit Advertising Program Request for Proposal: Metro Bus Transit Advertising Program Date: 7/13/18 Project Name: Metro Bus Transit Advertising Program Proposal Submission: Proposals will be received until 3 pm CST, on August 14,

More information

REQUEST FOR PROPOSAL INDEPENDENT AUDIT SERVICES FLINT HILLS REGIONAL COUNCIL, INC.

REQUEST FOR PROPOSAL INDEPENDENT AUDIT SERVICES FLINT HILLS REGIONAL COUNCIL, INC. REQUEST FOR PROPOSAL INDEPENDENT AUDIT SERVICES FLINT HILLS REGIONAL COUNCIL, INC. Fiscal Year Ended December 31, 2017 with the option to renew for two (2) additional years Release Date: November 30, 2017

More information

REQUEST FOR PROPOSALS. TRANSIT PLANNING SOFTWARE AS A SERVICE (SaaS)

REQUEST FOR PROPOSALS. TRANSIT PLANNING SOFTWARE AS A SERVICE (SaaS) REQUEST FOR PROPOSALS TRANSIT PLANNING SOFTWARE AS A SERVICE (SaaS) The Knoxville Knox County Metropolitan Planning Commission (MPC) in cooperation with Knoxville Area Transit (KAT) seeks Proposals for

More information

REQUEST FOR PROPOSAL. ADA Transition Plan and Inventory

REQUEST FOR PROPOSAL. ADA Transition Plan and Inventory REQUEST FOR PROPOSAL Mankato/North Mankato Area Planning Organization (MAPO) ADA Transition Plan and Inventory Issued By: Mankato/North Mankato Area Planning Organization 10 Civic Center Plaza Mankato,

More information

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND THIS AGREEMENT is made and entered into as of the date of the last signature affixed below by and between the University of Wyoming (UNIVERSITY)

More information

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN

ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN 1 ALLEN COUNTY REGIONAL TRANSIT AUTHORITY DISADVANTAGED BUSINESS ENTERPRISE COMPLIANCE PLAN This Compliance Plan,

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

AMERICAN RECOVERY AND REINVESTMENT ACT PROJECT FEDERAL TRANSIT ADMINISTRATION (FTA) GRANT

AMERICAN RECOVERY AND REINVESTMENT ACT PROJECT FEDERAL TRANSIT ADMINISTRATION (FTA) GRANT AMERICAN RECOVERY AND REINVESTMENT ACT PROJECT FEDERAL TRANSIT ADMINISTRATION (FTA) GRANT CONTRACT # PROJECT NAME 2009 Cheyenne Transit Program Bus Stop Upgrades PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT

More information

KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, MO 64108

KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, MO 64108 KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, MO 64108 Invitation for Bids (IFB) #18-7007-23 Pest Control Treatment and Preventive Maintenance Program

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts EXHIBIT 6 DBE SPECIAL PROVISIONS FOR NON-TRADITIONAL CONTRACTS 000--- Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts Description. The purpose of this Special

More information

SOLICITATION LETTER. SL NO. AND TITLE: SL No D-02, Regional Bus Passenger Survey and Golden Gate Corridor Travel Behavior Study

SOLICITATION LETTER. SL NO. AND TITLE: SL No D-02, Regional Bus Passenger Survey and Golden Gate Corridor Travel Behavior Study SOLICITATION LETTER DATE: August 14, 2017 SL NO. AND TITLE: SL No. 2018-D-02, Regional Bus Passenger Survey and Golden Gate Corridor Travel Behavior Study DUE DATE AND TIME: September 7, 2017 by 4:00 P.M.

More information

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services The Redevelopment Authority of the City of York Request for Proposals (RFP) Accounting and Fiscal Management Services SEALED PROPOSALS MUST BE RECEIVED NO LATER THAN APRIL 5, 2018 AT 4:00PM PROPOSALS RECEIVED

More information

REQUEST FOR FAX QUOTE THIS IS NOT AN ORDER Please complete and return this form with your quotation RETURN FAX NUMBER (540)

REQUEST FOR FAX QUOTE THIS IS NOT AN ORDER Please complete and return this form with your quotation RETURN FAX NUMBER (540) REQUEST FOR FAX QUOTE THIS IS NOT AN ORDER Please complete and return this form with your quotation RETURN FAX NUMBER (540) 982-2703 DATE: November 1, 2017 RFQ # 17-GRTC-1101 Rooftop Unit Replacement From:

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

OILS AND LUBRICANTS RFP #17-16 Purchasing Agent Christy Howard (205) Proposal packages are available at:

OILS AND LUBRICANTS RFP #17-16 Purchasing Agent Christy Howard (205) Proposal packages are available at: OILS AND LUBRICANTS RFP #17-16 Purchasing Agent Christy Howard (205) 521-0122 Proposal packages are available at: www.maxtransit.org Issued: July 11, 2017 Pre-Bid Conference: None Deadline for Questions:

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

SMART RFP / IFB ARTICLE 6.0

SMART RFP / IFB ARTICLE 6.0 SMART RFP / IFB ARTICLE 6.0 This Article is incorporated into all SMART Contracts for which the Federal government is a funding source. Version Published Dates Modified by 1.0 11/08/2012-3/21/2013 Anthony

More information

GREATER PORTLAND TRANSIT DISTRICT (METRO) REQUEST FOR PROPOSALS CONSULTING AND PROJECT MANGEMENT SERVICES FOR AUTOMATED FARE COLLECTION SYSTEM RFP

GREATER PORTLAND TRANSIT DISTRICT (METRO) REQUEST FOR PROPOSALS CONSULTING AND PROJECT MANGEMENT SERVICES FOR AUTOMATED FARE COLLECTION SYSTEM RFP GREATER PORTLAND TRANSIT DISTRICT (METRO) REQUEST FOR PROPOSALS CONSULTING AND PROJECT MANGEMENT SERVICES FOR AUTOMATED FARE COLLECTION SYSTEM RFP #2018-005 Sealed proposals are requested for providing

More information

City of Alexandria Purchasing Department. PO Box 71. Alexandria, Louisiana COVER PAGE. Bid Proposal #2058 ANNUAL WORK UNIFORMS

City of Alexandria Purchasing Department. PO Box 71. Alexandria, Louisiana COVER PAGE. Bid Proposal #2058 ANNUAL WORK UNIFORMS Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 441-6185 COVER PAGE Bid Proposal #2058 ANNUAL WORK

More information

REQUEST FOR QUOTES. Upgrade from Sage ABRA to Sage HRMS

REQUEST FOR QUOTES. Upgrade from Sage ABRA to Sage HRMS REQUEST FOR QUOTES Upgrade from Sage ABRA to Sage HRMS August 4, 2017 2222 Cuming Street, Omaha, Nebraska 68102-4392 (402) -341-0800 Fax (402)-342-0949 TDD: 4(402)-341-0807 Operated by Transit Authority

More information

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES The vendor awarded this contract must adhere to the all FTA-required clauses included in Exhibit C. Appendix D of this RFP is an acknowledgment of these clauses

More information

PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS. Contract # TRIPS-13-MV-FTS

PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS. Contract # TRIPS-13-MV-FTS PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS Contract # TRIPS-13-MV-FTS The Braun Corporation ADA Compliant Lowered Floor Minivan 1 Public Transit Office Part 1 SOLICITATION 1.1 SCOPE

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

More information

Request for Proposals Transit Shelter Maintenance

Request for Proposals Transit Shelter Maintenance Request for Proposals Transit Shelter Maintenance RFP Release: Feb. 5, 2018 Proposal Deadline: March 9, 2018 Contract Award: March 22, 2018 Agreement takes effect: April 1, 2018 Bob Fiume, Executive Director

More information

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Hancock County Bar Harbor Airport Trenton, ME 2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Request for Proposals

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,

More information

MATBUS Transit Facility Analysis and Development Strategy

MATBUS Transit Facility Analysis and Development Strategy FARGO-MOORHEAD METROPOLITAN COUCIL OF GOVERNMENTS REQUEST FOR PROPOSALS (RFP) PROJECT NO. 2017#004 MATBUS Transit Facility Analysis and Development Strategy May 2017 REQUEST FOR PROPOSALS (RFP) The Fargo-Moorhead

More information

GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056

GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056 GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056 Golden Empire Transit District is seeking proposals for Security Guard Services. Golden Empire Transit District,

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

COMPASS State Street Transit Oriented Development: Design and Implementation Planning Project February 15, 2016 by 5:00 p.m. MST

COMPASS State Street Transit Oriented Development: Design and Implementation Planning Project February 15, 2016 by 5:00 p.m. MST RFP Summary RFP Number RFP 2017-03 RFP Title Deadline for Submittal COMPASS State Street Transit Oriented Development: Design and Implementation Planning Project February 15, 2016 by 5:00 p.m. MST Scope

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

Federal Transit Administration (FTA) Federal Aviation Administration (FAA) MUNICIPALITY OF ANCHORAGE OFFICE OF EQUAL OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SPECIFICATIONS FOR MUNICIPAL CONTRACTS For Projects Funded Wholly or in Part by Federal DOT Federal

More information

REQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services

REQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services REQUEST FOR PROPOSALS (RFP #17-027) Marine Engineering and Construction Management Services The San Francisco Bay Area Water Emergency Transportation Authority ( WETA ) is seeking proposals from qualified

More information

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council Background: Request for Qualifications: Continuing Services For Central Florida Regional Planning Council The Central Florida Regional Planning Council (CFRPC) requires the services of several consultants

More information

MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY

MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY I. Policy Statement MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY 2018-2020 The Mass Transportation Authority submits its triennial DBE goal

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10 SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10 The South Jersey Transportation Planning Organization (SJTPO) is soliciting

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

REQUEST FOR PROPOSALS RFP # Mobile Phone Application Development

REQUEST FOR PROPOSALS RFP # Mobile Phone Application Development REQUEST FOR PROPOSALS RFP #100-12-08 Issue Date: February 6, 2012 Title: Issuing And Using Agency: Mobile Phone Application Development GRTC Transit System Attn: Erica Dent 301 E. Belt Boulevard Richmond,

More information

JARC/New Freedom Monitoring Manual

JARC/New Freedom Monitoring Manual JARC/New Freedom Monitoring Manual October 2008 1 I. Introduction The Regional Transportation District (RTD) was created in 1969 by the Colorado General Assembly to develop, operate, and maintain a mass

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

Coralville Parking/Transportation Complete Preventative Maintenance for Hydraulic Elevators

Coralville Parking/Transportation Complete Preventative Maintenance for Hydraulic Elevators Coralville Parking/Transportation Complete Preventative Maintenance for Hydraulic Elevators City of Coralville, Iowa Invitation for Bids October 5, 2016 CITY OF CORALVILLE, IOWA 1512 7 th St, CORALVILLE,

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

Request for Proposals (RFP) for Technical Assistance

Request for Proposals (RFP) for Technical Assistance Request for Proposals (RFP) for Technical Assistance The Portland Area Comprehensive Transportation System (PACTS) Transit Stop Access Project Phase II Part A: Conceptual Design Development Thursday, Request

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

NEAPA Northeast Alabama Purchasing Association

NEAPA Northeast Alabama Purchasing Association NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information